Loading...
HomeMy WebLinkAboutContract 21476-CO2 DISTRIBL TION: 11�— 0 0Qk WWrE-FILE CITY OF FORT WORTH CANARY-CONSTRUCTION FILE `►�SECRETAI i � PINK-PROJECT MANAGER CHANGE ORDER REQUVST a� GOLDENROD-CONTRACTOR CONTRACT NO. ` -7 7, s/ CHANGE ORDER NO. DATE D.O.E.NO. PROJECT NO. / 2 PW77-060770500020&PW77-0 0770500030 PROJECT DESCRIPTION: North and South Holly Water Treatment Plants CITY SECRETARY CONTRACT Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation NO. 21476 ORIGINAL CONTRACT AMOUNT..........................................$ 7,747.000.00 EXTRAS TO DATE...............................................$ 64.348.57 r/�� �T �- CREDITS TO DATE..............................................$ 0.00 CONTRACTCOST TO DATE.............................................................................................................................................................$ 7.811.348.57 AMOUNT OF PROPOSED CHANGE ORDER....................................................................................................................................$ 9,508.04 REVISED CONTRACT AMOUNT.....................................................................,................................................................................5 7.820,856.61 TOTAL FUNDS APPROVED BY COUNCIL.......................................................................................................................................5 7.979,410.00 IN ACCORDANCE WITH THIS CHANGE ORDER,THE CONTRACTOR SHALL:Modify and change the contract as shown below to provide a complete, functional and operational laboratory.These changes are listed below:Further descriptions and information is shown on Attachment#1 along with other attached material: PCM-002: South Holly Natural Gas Line Relocation at Backwash Clarifier -----------------------------------------------------------------$7,858.16 PCM-003: SHWTP Chemical Building Water Sul pl solation Valve ------------------------------------------------------------------------$ 1,355.65 PCM-006:North&South Holly Chlorine Building Access Hatches --------------------------------------------------------------------------$ 1,216.25 PCM-007:Corrosion Protection for Buried Ammonia Piping ---------------------------------------------------------------------------------$ 1,032.24 PCM-008/008A:Weight Transmitters for Bulk Chlorine Tank Load Cells ------------------------------------------------------------------$5,711.18 PCM-011: South Holly WTP Chlorine Loading Station Piping Revisions --------------------------------------------------------------------$ 1,022.29 PCM-013:Pipe Bollards at SHWTP Chemical Unloading Station ----------------------------------------------------------------------------$ 808.90 PCM-017: SHWTP Chlorine Building Door 2-1 Door Frame ---------------------------------------------------------------------------------$ 783.80 CMR-002:Deletion of Contractor's Paved Roads and Water Supply Lines ------------------------------------------------------------------$(6,241.23) CMR-003: Deletion of Electrical Manholes ------------------------------------------------------------------------------------------------------$(4,039.20) THE TOTAL COST FOR CHANGE ORDER NUMBER#2 IS $9,508.04 It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both in time and money)for all costs arising out of,or incidental to,the Change Order. ORIGINAL CONTRACT TIME ADDITIONAL APPROVED TIME TO DATE APPROVED CONTRACT TIME TO DATE ADDITIONAL TIME FOR THIS CHANGE ORDER 450 Calendar Days None 450 Calendar Days None CONTRACTOR /f �� DATE FIELD ENGINEER [ DATE Cajun Contractors c. g-a 6_ G.E.Gay,P.E.Freese&Nichols,Inc. -'41z 6l98 MA ER/ ONST. R. DATE DIRECTOR/MANAGING DEP DATE Da sen Facilities Engineer 6GEMIAL RECORD DIRl1<reC'qN ;0zq1qb CITY ATTORNEY DATE CITY SECRETARY Le r ley r.,PE,Water Director CITY M N GER DATE COUNCIL ACTION(IF REQU D). . DATE `[j ❑ APPROVED ❑ DISAPPROVED OTHER RECEIVED JUN 162015 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 2 ATTACHMENT NO. 1 PAGE 1 PCM-002: South Holly Natural Gas Line Relocation at Backwash Clarifier --------------- --- $7,858.16 The existing natural gas line must be relocated to clear the excavation for the new backwash clarifier. The natural gas line was not shown on the plans and was discovered during excavation of the backwash clarifier. The contractor has provided a proposal of$7,858.16 for this work. A Cost breakdown is shown below: Materials $ 1,975.63 Labor•with Burden $ 3,691.32 Equipment $ 1,032.25 -------------- Subtotal $ 6,699.20 Overhead& Profit on Direct Costs(15%) $ 1,004.88 ----------- -- Subtotal $ 7,704.08 Bonds/Insurance(2.0%) $ 154.08 TOTAL FOR PCM-002 �� $ 7,858.16 rjk PCM-003: SHWTP Chemical Building Water Supplywsolation Valve ---------------------- --- $ 1,355.65 A potable water line should be installed around the northwest corner of the SHWTP Chlorine/Ammonia storage area. This line would provide a alternate (back-up) water feed to the chlorine & ammonia scrubbers. In addition, a 6-inch gate valve should be installed on the water feed to the South Holly WTP Chemical Building to allow isolation of the building for operation and maintenance purposes. The Contractor has provided a price proposal of$1,355.65 for this work.A Cost breakdown is shown below: Materials $ 556.23 Labor with Burden $ 473.48 Equipment $ 126.00 -------------- Subtotal $1,155.71 Overhead& Profit on Direct Costs(15%) $ 173.36 -------------- Subtotal $1,329.07 Bonds/Insurance(2.0%) $ 25.58 TOTAL FOR PCM-003 $1,354.65 PCM-006:North& South Holly Chlorine Building Access Hatches ------------------------ --- $ 1,216.25 Four ceiling access hatches should be installed in both the North & South Holly Chlorine Buildings. The ceiling in both buildings does not allow access to the HVAC or other utilities above the ceiling. As some walls extent to the roof, and access to entire "attic" is limited by the HVAC, four hatches are required at each building. The Contractor has provided a price proposal of$1,21625 for this work.. A Cost breakdown is shown below: Ceilin*Subcontractor $1,084.00 Overhead&Profit on Subcontractor Costs(10%) $ 108.40 -------------- Subtotal $1,192.40 Bonds/Insurance(2.0%) $ 23.85 TOTAL FOR PCM-006 $1,216.25 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 2 ATTACHMENT NO. 1 PAGE 2 PCM-007: Corrosion Protection for Buried Ammonia Piping -------------------------------- --- $ 1,032.24 The underground steel ammonia lines require corrosion protection which the contract documents do not provide. These steel lines should be provide with black poly tape wrapping for corrosion protection. The Contractor has provided a cost proposal of 1,032.24 for this work. A Cost breakdown is shown below: Materials $ 500.00 Labor with Burden $ 380.00 ----- -------- Subtotal $ 880.00 Overhead& Profit on Direct Costs(15%) $ 132.00 -------------- Subtotal $1,012.00 Bonds/Insurance(2.0%) $ 20.24 TOTAL FOR PCM-007 $1,032.24 PCM-008/008A: Weight Transmitters for Bulk Chlorine Tank Load Cells ----------------- --- $ 5,711.18 The four leased bulk chlorine tanks require the installation of weight transmitters. These transmitters will provide remote monitoring of bulk chlorine for inventory control at SCADA. This was requested by the Plant staff to allow monitoring of chlorine inventories by computer similar to most other chemical at the plants. This was not included in the original contract because the tanks are leased. The Contractor has provided a price proposal of$5,711.18 for this work.A Cost breakdown is shown below: Electrical/Instrumentation Subcontractor $ 900.00 Materials $3,704.00 Labor with Burden $ 304.00 -------------- Subtotal $4,908.00 Overhead&Profit on Direct Costs(15%) $ 601.20 Overhead&Profit on Subcontractor Costs(10%) $ 90.00 ----- -------- Subtotal $5,599.20 Bonds/Insurance(2.0%) $ 111.98 TOTAL FOR PCM-008/008A $5,711.18 PCM-011: South Holly WTP Chlorine Loading Station Piping Revisions ------------------ --- $ 1,022.29 DPC (City's Chlorine Supplier) is requiring a revision to the South Holly WTP chlorine loading station piping. The piping modifications will allow DPC to purge the liquid chlorine lines with nitrogen after chlorine tank is filled. The modification was requested after an on-site inspection by DPC during construction. The Contractor has provided a price proposal of$1,022.29 for this work.A Cost breakdown is shown below: Materials $ 300.00 Labor with Burden $ 571.52 -------------- Subtotal $ 871.52 Overhead&Profit on Direct Costs(15%) $ 130.73 -------------- Subtotal $1,002.25 Bonds/Insurance(2.0%) $ 20.04 TOTAL FOR PCM-011 $1,022.29 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 2 ATTACHMENT NO. 1 PAGE 3 PCM-013: Pipe Bollards at SHWTP Chemical Unloading Station --------------------------- --- $ 808.90 Four steel pipe bollards should be installed at the South Holly Water Treatment Plant Chemical Unloading Station. The pipe bollards were requested by the plant staff to prevent chemical delivery trucks from accidentally backing into the chemical pipe chase. The new curb is not high enough to prevent this. The Contractor has provided a price proposal of$808.90 for this work.A Cost breakdown is shown below: Materials $ 416.00 Labor with Burden $ 273.60 -------------- Subtotal $ 689.60 Overhead&Profit on Direct Costs(15%) $ 103.44 -------- ----- Subtotal $ 793.04 Bonds/Insurance(2.0%) $ 15.86 TOTAL FOR PCM-013 $ 808.90 PCM-017: SHWTP Chlorine Building Door 2-1 Door Frame -------------------------------- --- $ 783.80 Door #2-1 at the South Holly Water Treatment Plant Chlorine Building requires the installation of a new hollow door frame. The contract requires the reuse of the existing door frame. However, the existing door frame was found to be in poor condition and not suitable for reuse. The Contractor has provided a price proposal of$783.80 for this work. A Cost breakdown is shown below: Materials $ 425.00 Labor with Burden $ 243.20 -------------- Subtotal $ 668.20 Overhead& Profit on Direct Costs(15%) $ 100.23 -------------- Subtotal $ 768.43 Bonds/Insurance(2.0%) $ 15.37 TOTAL FOR PCM-017 $ 783.80 CMR-002: Deletion of Contractor's Paved Roads and Water Supply Lines ----------------- --- $(6,241.23) The Contractor requested the deletion of the Contractor's temporary asphalt roadway and water supply lines west of the South Holly Water Treatment Plant Sedimentation Basins. The Contractor's temporary asphalt roadway and water supply lines were designed for use by multiple construction contractors projected for this series of contracts. As only one contract was issued, a large construction trailer area was not necessary. The contractor was allowed to use a existing trailer site (used by previous contractors)at the North Holly water Treatment Plant. The Contractor has proposed a credit of$6,241.23 to delete this work. CMR-003: Deletion of Electrical Manholes ----------------------------------------------------- --- $(4,039.20) The Contractor has requested the deletion of three electric manholes. The first manhole was a connection point between the Backwash Clarifier project (project A) and the South Holly Chlorine and Ammonia Facilities Rehabilitation project (Project B) which were combined into the current project (no connection point required). The other two electric manholes have been requested to be deleted due to conflicts with existing facilities. A long sweep 90 degree bend will achieve the necessary underground electrical routing. The Contractor' has proposed a credit of$4,039.20 to delete this work. TOTAL COST FOR THIS CHANGE ORDER IS $ 9,508.04 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 2 ATTACHMENT NO. 1 PAGE 4 BREAKDOWN OF CHANGE ORDER BY PROJECT NUMBER PROJECT NUMBERS PCMs/CMRs PW77-060770500020 PW77-060770500030 PCM-002 $7,858.16 PCM-003 $1,355.65 PCM-006 $1,216.25 PCM-007 $1,032.24 PCM-008/008A $5,711.18 PCM-011 $1,022.29 PCM-013 $ 808.90 PCM-017 $ 783.80 CMR-002 $(6,241.23) CMR-003 $(1,346.40) $(2,692.80) TOTAL $ 270.53 $9,237.51 l Freese Simon W.Freese,P.E. 1900-1990 AND Marvin C.Nichols,P.E. 1896-1%9 Nichols INC. CONSULTING ENGINEERS August 20,1996 Mr.Tommy Bower Cajun Contractors, Inc. 1500 E. Beldine Carrollton,Texas 75006 Re: City of Fort Worth Water Department North and South Holly W11" Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 Change Order No. 2 Dear Mr.Bower: Transmitted herewith please find five copies of the referenced change order. Please execute the change orders in the appropriate signature block on page three and return all copies to us for forwarding to the Water Department. You will receive one executed copy back after the City Council has acted on this Change Order. Sincerely, FREESE AND NICHOLS, INC. G.E.Gay, P.E. xc: Dave Townsend Charly Angadicheril Mike Morrison Coy Veach File FTW95312.4.43.002 [FIW95312]GHOLL.Y\CHANGI'S\CO\CU2TX)CAJ.Gk,.; TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 METRO 817-429-1900 • FAX 817-735-7491 i CHANGE OR EXTRA WORK ORDER PROJECT: NQS Holly Chlorine/Ammonia/Backwash Facilities OWNER: City of Fort Worth PROJECT NO. PW770607705-00020 & 30 CONTRACTOR: Cajun Contractors, Inc. PROJECT NO. 95028 ENGINEER: Freese and Nichols, Inc. PROJECT NO. FTW95312 CHANGE ORDER NO. : Two (2) DATE: August 20, 1996 CHANGE OR EXTRA WORK TO BE PERFORMED In accordance with previous discussions and negotiations, summarized below are the changes or extra work to be performed in the above referenced. project. REFERENCE PC24-002 2a) Relocate an existing 2-inch natural gas line found to be in conflict with the Project A backwash clarifier at the South Holly plant. ADD $7, 858. 16 REFERENCE PC24-003 2b) Install an additional water supply pipe to the Project B South Holly Chemical Storage Area . The plant staff determined that an additional water supply pipeline is required to allow the ammonia scrubber system to remain operational should pipeline maintenance be required on the existing South Holly 20" potable water line, which was the sole source of water to the ammonia scrubber. ADD $1, 355. 65 REFERENCE PCM-006 2c) Install four ceiling access hatches in the Project B South Holly Chlorine Building and four ceiling access hatches in the Project C North Holly Chlorine Building to provide access to electrical equipment above the ceilings . ADD $1, 216.25 REFERENCE PCH-007 2d) Install pipe tape on buried steel pipe for corrosion protection for the Project B South Holly ammonia piping and the Project C North Holly ammonia piping. ADD $1,032.24 t Change Order *2 August 20, 1996 REFERENCE PCK-008/008A 2e) Install two weight transmitters to the Project A leased bulk chlorine tanks at the South Holly plant and two weight transmitters to the Project B leased bulk chlorine tanks at the North Holly plant to provide remote monitoring for inventory control at SCADA. The plant staff requested this information to allow the bulk chlorine inventories to be monitored by the computer similar to most other chemicals in the plant . ADD $5, 711. 18 REFERENCE PCH-011 2f) Modify the Project B South Holly bulk chlorine unloading station piping details as shown on the attached sketch to provide nitrogen purging as required by DCP, the City' s bulk chlorine supplier. Remove two defective flanged 3-inch 90 degree bends and install 3-inch socket PVC 90 degree bends at the South Holly post chlorine application water pipeline. ADD $1, 022 .29 REFERENCE PCM-013 2g) Install four pipe bollards at the Project A South Holly Chlorine Unloading Station as shown on the attached sketch. ADD $ 808 . 90 REFERENCE PCIS-017 2h) Install in Project B a new hollow metal door frame for door 2-1 as the existing door frame to be reused was in poor condition. ADD $783.80 REFERENCE CMR-002 2i) Authorize the Project A Contractor to utilize the existing construction trailer park in lieu of installing a contractor' s trailer park area as shown on the Contract Documents. DEDUCT $6,241.23 REFERENCE CMR-003 2j) Delete one electric manhole from Project A and two electric manholes from Project B. The Project A manhole was originally intended to be the interfacing 100ationa anduld multiple prime %:)Ontrautora be working on Pr®i@eta A ane B. The Projoct B manholes could not be installed due to interference with existing utilities. DEDUCT $4, 039.20 Change Order #2 August 20, 1996 It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of or incidental to, the above described change order. Original Contract Amount $ 7, 747, 000. 00 Previous Contract Modifications (C.O. #1) $ 64, 384.57 Present Contract Amount $ 7, 811,384 .57 Net Increase in Contract Amount $ 9,508.04 Revised Contract Amount $ 7, 820, 892 . 61 Original Contract Time FEBRUARY 5, 1997 Previous Change in Contract Time of Final Completion (C.O. #1) 0 DAYS Present Change in Contract Time for Final Completion (C.O. #2) 0 DAYS Net Increase in Contract Time of Final Completion 0 DAYS Revised Contract Time for Final Completion FEBRUARY 5, 1997 Recommended by Approved by FREESE AND NICHOLS, INC. CAJUN CONTRACTORS, INC. By A W,/-,, / 1 By Date Date Approved by CITY OF RT W TH TEXAS By ate Attachments: Proposed Contract Modification -002 Proposed Contract Modification -003 Proposed Contract Modification -006 Proposed Contract Modification -007 Proposed Contract Modification -008 Proposed Contract Modification -011 Proposed Contract Modification -013 Proposed Contract Modification -017 Contract Modification Request -002 Contract Modification Request -003 I N:«ocroskadminkco.cs Ce INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: April 29, 1996 SUBJECT: PCM-002: South Holly Natural Gas Line Relocation at Backwash Clarifier North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonai Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated March 5, 1996 on the proposed contract modification (PCM-002 ) concerning the relocation of the existing natural gas line to clear the excavation for the new backwash clarifier. The gas line was not shown on the plans and was discovered during excavation of the backwash clarifier. The Water Department agrees with your recommendation that the contractor price proposal of $7,858.16 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. David R. YTownsen , P.E. cc: Frank Crumb Files Simon W. P.E. 19OD-1990 Freese Marvin C.Nichols,P.E. 18961% AND Nichols INC. , CONSULTING ENGINEERS March 5, 1996 Mr. David Toivnsend, P.E. Facilities Design and Construction City, of Fort Worth I Vater Department P.O. Box 870 Fort Worth, Texas 76102 Re: North and South Holly plater Tieatuient Plant Backwash Facilities Modifications and Chlorine and Ammonia Facilities I:eliabilitation PWS-060770500020 and PW77-060770300030 PCM-002 South Holty Natural Gasline Relocation at Backwash Clarifier Dear TAr. Townsend: Transmitted herewith please find a copy of Cajun's February 15, 1996 price proposal for the referenced PCM. We have reviewed the price proposal and recommend the Cite authorize this additional work and issue a Change Order in the amou-nt of$7,858.16. No additional Contract Time has been requested. An existing 2-in6h natural gas line was found to be in conflict with the new Backwash Improvements Project clarifier at the South Holly plant November 29, 1993. Relocation of this gas line was necessary to clear the clarifier site. Cajun was verbally directed to relocate the pipe and to reestablish gas service to the South Holly Chewdcai and SCADA Buildings November 29th and was directed to relocate the natural gas line to the alignment selected by the Water Department by PCM-002 issued December 15, 1995. The PCM authorized this work to be performed under the Time and Materials provisions of the General Conditions. TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 ZL Mr. David Townsend March 5, 1996 Page 2 Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, FI:EESE AND NICHOI.S, INC. 41 " A G. E. Gav, P.E. xc: Charly Angadicheril Brice Clements Coy Veach file FTW95312.4.41.002/4.43.001 (Fr"53121c:MOLLYNC MOESTcM\ecI.uxc&m.MG Simon W.Freese,P.E.• 1900.1990 Freese Marvin G Nichols,P.E. 18961%9 AND C Nic ols,INC. CONSULTING ENGINEERS January 4, 1996 11r. Tommy Bower Cajun Contractors, Inc. 1500 E. Beltline Carrollton, Texas 75006 Re: City of Fort Worth Water Department North and South Holly UTP Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-00^0770500030 PCM-002 South Holly Natural Gas Line Replacement City -cuppliea Farts Invoice Dear Mr. Bower: Attached please find a copy of Cooper Supply Inc"s Invoice 110. 5002 in the amount of $ 202 . 80 . Cajun should rake payruent for this invoice and include this cost in the time and materials PCM for repairs to the South Holly natural gas line . The City of Fort Worth 'tillage Creek Waste Vater Treatment Plant personnel assisted the Holly Water Treatment Plant staii and Cajun in obtaining these p_rts the day the gas line wes dem_ged to allo•,7 repairs to be made. Cajun •rill be responsible for this invoice and will be reimbursed b,- Change Order for its cost . Ve appreciate -;our asisistance in this matter . Sincerely, FFEESE AND NICHOLS, INC. Z/- G. E. Gay, P.E. Xc: Da-vid Townsend Charhr Anoadicheril Robert McMillion Richard Sealy Brice Cl=en',s Coy Veach File FTW95312.4.41.002 [FPW933121CSR0LLY%PC1v12'LNV.LTR TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 i INVOICE original Page: 1 COOPER SUPPLY, INC. — FW Invoice No: 5002 2220 Carson Street Invoice Date: 11/29/95 Fort Worth, TX 76117 Terms: Net 10th Prox 817/222-9055 Order Date: 11/29/95 Ship Date: 11/29/95 Ship Via: Richard S P.O. Number: 7000044868 City of Fort Worth/Village Creek: Same Sold P.O. Box 87o Ship To Fort Worth, TX 76101 To Customer ID: fort worth Quantity Quantity Quantity Unit Per Key Net Ordered Shipped Backordered Product or Service Description Price Unit Code Amount 4 4 50300 2 IPS SDR-11 FE Repair Cola 47.25 Each s 189,00 20 20 65P0201105020Y 2 SDR11 FE Pipe 0.69 Each s 13.60 VA MCEIVED F'O�► ' DEC 111925 Net Due: 12-10-95 Sales Amount X02.80 Sales Tax (s) 0.00 Thank 'You! We appreciate ;your business! Shipping Charges 0.00 Amount Due 202.80 5 \ \ u z as f-j \ 0 a z0 a O w C) �� o LO L Z U �o w ULLJ p ' c N5 S o F Z w ¢ w o c�Q w j w 0 a O w x U O Q U Utu O F- Z Z ¢ z o �a x F- Q aZ c ` 4 0 W w U_ O 0 > QW Z cr W Ow ¢ '� n OZ c~i� a Z Q ro a m a zz JF w `r`° N w CL cr N w o w Z L cc .c a w U N Q H w Z < (\ O cc U ¢ Z W O CC CL N O 3 O °` p W I c x <Q U LL W w Z c �- U l Q J w 3 ti0 O p W U) a • � v a c _W 2 LO CO LO LO rnrn a O N N �� `� LLJ 2 J I' NN _ 0 J O Soo L�l 0 J, 4� m �� > .. ,� J m r o (n ' ¢ w Q o o w C) - r z r irn ti - ¢ .r. a: ` o Q ui W U Q z — ) m m r r ¢ LL o ¢ r `� w l 1 '� P N w o 0 ¢ (n o ,. (n m s w w ¢ w J r r w z r v U U > O (n .¢ w — — ¢ 0- 0cc J J l'- =1 s - •r w w a a z N -•o - Nleo w w a U rcw � U cc W \ LU In CL w > a: o� L5 w > 41) cr Z � $ / 1 CL z 1w le 1 U N U7 ¢ O r z r w cn .. a M w .. wo - w . -.O .. c° O m w U o QW 2N ..pz u� O w�? O� a.' m rO¢ OWU — N m r In tD N m T O M a ¢ W -WU ' 0- 0 cc w =1 z a: oacW =1z ¢ ¢ FreesFreese Simon W.Freese,P.E. 19041990 e Marvin G Nichols,P.E. 1896-1%9 AND Nichols,INC. CONSULTING ENGINEERS December 14, 1995 Mr. Chris Thompson Cajun Contractors, Inc. 1500 E. Beltline Carrollton, Texas 75006 Re: City of Fort Worth Water Department North and South Holly WTP Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 PCM-002 South Holly Natural Gas Line Replacement Dear Mr. Thompson : In accordance with General Conditions Article C4-4 . 5 .c and our previous instructions, Cajun is directed to relocate the 2" natural gas line currently in conflict with the backwash clarifier excavation. Payment for this work will be on a time and materials basis. This existing gas line was found and temporarily relocated by Cajun November 29th. Mr. Tommy Bower, your superintendent , was requested to procure 500 feet of 2" gas line and fittings to relocate the gas line to the south side of the road opposite the clarifier excavation. Cajun should install the relocated gas line as directed by the City . The approximate location is shown on the attached drawing. You should note the location of the new gas line, t.ie- ins, and line cap points on your record drawings . The extra. 2" gas line, approximately 80 feet, will be turned over to the plant . We appreciate Cajun's assistance in relocating this gas line. sincerely, FREESE AND NICHOLS, INC. G. E. Gay, P.E. Xc: David Townsend Charly Angadicheril Brice Clements Coy Veach File FTW95312.4,41.002 [FT W95312 JMOLLY W TPPC?a.LTR TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 Igo" P ' t O H � FFACUTES FEED v -a--- --------------------------► • ' FILTERED WATER CONDUIT na , NR GAP "" Too t•[[ MANHOLE • SEDIMEN !ON BASI SLUDGE AJER MH ❑r JUNCTION 0 • BOX •' I MIXER VAULT /� T ITER FLUME ,� V Vef • 7 /, r-- J N ¢t Fa rl Qj) net ~ V) zd Z _O a 37' 6"= � PROTECT Lj BACKWASH TRANSFER EXISTING METER VAULT i TREES w Ell ~ � w 0 93'-0" 0 3 W W J Z F- w ., v ° J 3 Z U o Q } J a • � LL J � �- = O n,T U 2 SEE NOTE 1 Ca 3 _ rRt � -- — O a Y BACKWASH 1 ' o� ; Q N CLARIFIER I' m EXIST.RECEIVING BOXES JUNCTION � SEE SHT M-3 I BOX i O o q n,tt o O \ V EXIST. BACKWASH RETURN "MMMa J+ U m PILE METER MH / VPT(�t•r \ p W O F Um' • s� • METERASH SL DGE � V a CHLORINE DN IINJECTI � • V S =y MANHOLE • (� m ; IOUID FERRIC BACKFLOW TANKS PR444OLE S / • • MANHOLE SEE SHT MM-5 ❑ PROPOSED ROADWAY r O • o mtE • j 0 'K �` b i OLi Ov : V N I SHEET / �"[l'�OdrBCf" � /l• i � • • • G,5 _010 �� E net SEQ. 6 File FTW95312 /4.41/002 PROPOSED CONTRACT MODIFICATION PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWTIER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTI-795312 PCI.1 DESCRIPTION: SH 2" Natural 73asline Relocation 110.1 NO. 002 NOTIFICATION TO CONTRACTOR: i i The 0,,, ger proposes to :Hake tine additions, modi;i'_ationt or deletions to the described in the C.ntract n_,cuaentc as sl:o ii i At _l- ` "A". We request that yJu to}:e flit i =1i' wiliy aCtl_li Wltliin lC aiC111ar uayS: ❑ Notifv us that you cDncur that this chartae d^es not re7'11rG a change in Contract time cr amount . P. Field Or:' ,r w .11 :,e issued. `` ❑ Suti:.•mit a Price P_ : ._ _ _+>: detar_eci cc_* '�reakdo�rn Cf labor, .. . . , , i equipment, all vtl'tcr c-_, r6latca tc tliiS ar1'X a r:vlsed Schedul- Iv1 ` performinu Lite ci-tanae 1 I O Proceed with the change. Payment will be maize at Lhe unit price bid. X Proceed with the change under the tim= an-i matv�rial.s rrc ,%inion of tl;�- Contra.t. + Authorization to UIoct-ej wiLn CI1crItJ6: Ii�usL 1oC appro'✓ea �j'v Field Order or lI Ep Order in accordan-e Witri tLe Contract jir,;_ilnl r;t� By: CONTRACTOR'S RESPONSE: We respond to your renuest as follow .: ❑ W- concur that this 3 .-- -n�.t c'I tile:^_ =1'iSli:1=. ?.�-..z-ue Field Orde1 . ❑ tiVe Ju Itlit the aLtaChc c'r1CF T'rGt':':al Wit:, lctallc l =GSt breakc1ow-n an-1 revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date, ACTION TAKEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: 13 Change Order issued: No. Date: By: INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: August 19, 1996 SUBJECT: PCM-003: SHWTP Chemical Building Water Supply Isolation Valve North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated August 16 1996 on the proposed contract modification (PCM-003) concerning the installation of a potable water line around the northwest corner of the SIIWTP Chlorine/Ammonia storage area. This line would provide a alternate (back-up) water feed to the chlorine & ammonia scrubbers. Also, a 6-inch gate valve was installed on the water feed to the SHWTP Chemical Building to allow isolation for operation and maintenance purposes. The Water Department agrees with your recommendation that the contractor price proposal of $1,355.65 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes, this PCM will be paid 100% from PW77-060770500030. cti David R< �rc Pd✓. - cc: Frank Crumb Files FreesA C Simon Freese,P.E. 1900.1990 �+ Marvin C.Nichols,P.E. 1896-1%9 AND Nichols,INC. CONSULTING ENGINEERS August 16,1996 Mr.David Townsend,P.E. Facilities Design and Construction City of Fort Worth Water Department P.O. Box 870 Fort Worth, Texas 76102 Re: City of Fort Worth Water Department North and South Holly W11' Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PIV77-060770500030 PCM-003 South Holly Chemical Storage Area SH Chemical Building Water Supply Isolation Valve Dear Mr. To Auisend: Transmitted herewith please find a copy of Cajun's March 26, 1996 price proposal for the referenced PCM. This PCM was issued as a work directive to install a potable water pipeline link around the northwest corner of the South Ilolly chemical storage area to provide redundant water supplies for the ammonia scrubber and the storage area. Also, a work directive was issued to install a 6" isolation valve for the South Holly Chemical Building water supply pipeline to allow isolation and backfeeding capabilities. We have reviewed the price proposal and recommend the City authorize this additional work and issue a Change Order in the amount of $ 1,355.65. No additional Contract Time has been requested. Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, FREESE AND 10CHOLS, INC. "�' f G.E.Gay,P.E. xc: Charly Angadicheril Randy Romack Coy Veach File FTW95312.4.41.W3 4.43,002 [FMS312jM0LLYTCM3RCM.M TELEPHONE 817-735-7300'• 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 CAJUN CONTRACTON BATON ROUGE•DALLAS•HOUSTON March 26 , 1996 Freese & Nichols , Inc . 4055 International Plaza , Suite 200 Fort Worth, Texas 76109-4895 Attention : Ted Gay RE: North and South Holly Water 'Treatment Plants City of Fort Worth, Texas PCM-003 Dear Mr . Gay : Please find attached Cajun ' s cost for PCM-003 . Included is copies of work orders and invoices . You will also find tabulation work sheets for direct labor , materials , and equipment . Please note that equipment used for this work is company owned . Therefore , no invoices are attached. If you have any questions , please do not Hesitate to call . Sincerely , rt CAJUN CONTRACTORS , INC . Chris Thompson Project Manager CCT File 1 . 21 (d) ( 95028 ) Field HOME OFFICE: DALLAS OFFICE: HOUSTON OFFICE: FREEPORT OFFICE: LAKE CHARLES OFFICE: Post Office Box 104 Post Office Box 59367 Post Office Box 890809 Post Office Box 1058 Post Office Box 1487 Baton Rouge,Louisiana 70821-0104 Dallas,Texas 75229 Houston,Texas 77289-0809 Clute,Texas 77531-1058 Lake Charles,Louisiana 70602.1487 (504)753-5857 (214)323.9333 (713)479-5554 (409)265-0032 (318)625-3773 FAX(504)751-9777 FAX(214)323-9555 FAX(713)479-0309 FAX(409)265-6751 FAX(318)625-3817 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS PCM-003- REDUNDANTWATER SUPPLY(SOUTH HOLLY) SUMMARY OF COSTS TOTAL COST FOR PCM-003: 51,35565 DIRECT LABOR 10%SUB 15%CO SUB 2.0% ITEM DESCRIPTION SUBS MATERIA EQUIPME—LLA8OR BURDEN FEE _FEE TOTAL BOND/IN TOTAL 1 RedLndant water suppry — Soulh HoINI 0.00 556.23 126.00 311.5] 161.98 0.00 173.36 1,329.07 25.5E 1,355.65 rE�i-- -- -- I- ---- -�-- -- --� - i NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS PCM-003 — REDUNDANT WATER SUPPLY (SOUTH HOLLY) TOTAL EQUIPMENT: $126.00 TOTAL EQUIPMENT NAME DURATION UNIT RATEN_NIT $AMOUN_T Backhoe 6 hrs 21.00 126.00 - --------- - TOTAL s 1 C?G NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS PCM-003 - REDUNDANT WATER SUPPLY (SOUTH HOLLY) TOTAL DIRECT LABOR: $311.50 STRAIGHT TIMEJ OVERTIME STRAIGHT TIME OVERTIME TOTAL EMPLOYEE NAME HOURS HOURS RATE $ AMOUNT AMOUNT $ AMOUNT Jesse Nava 2.0 _ 14.50 29.0 0 0,00 29.00 Felip Perez 3.0 8.00 24.00 0.00 24.00 Javier Sanchez _ - - 7,50 _ 000 0,00 0,00 Gary Blair _ -� 9.00 J o,00 0,00 0.00 Rafeal Ramirez 9.00 , _ 0.00 0.00 _0,00 Juan Velez - ~ 10.501 0.001 _0.00 0.00 Victor Hernandez 9.00 - � 0.00 0,00 I 0.00 Sam Garcia _ a.0 1 ti 14.00 ---- 1 12.00 - - O.00 - t 12_00) }-- --- Jorge Lopez _ b.0 &.00 i 64.001 _ 0.00` F4_00 j Lorenzo Qumon-e_z�- ---------_--_--_-�t,I-------_----�-----7.5-0- -_-------- - _T6----0-.0- 0-t;, 0.00 --_---_-- 0.001- ------------ -_- s0._0 0 Mark Ebeltof0.00 0.000.00 GuadlupeBuendia I7,001 oO _ 00 0.00+ _ . 01 Gra ,Noe Molina ---0.00 � � 0.00 _ 0.00 j !Ramiro Gonzalez 3.0 I 7,50 i 22.50 0.00 u 22,50 � ---------,---- -- ---- ---- 0.00 0.00 '. 0.00 ' 0.09 ' 0.00 0.00 TOTI\L .311.50 ' EXTRA WORK ORDER ® ❑ OR.... Box IU4 Date: il `Y Balon Rouge,53 75421-0701 1'honr1504)'53-5X57 FJx(5(4)751-9777 Job No: - 0❑ DiffPkq O(TX &n 59367 p Y.O.RT 1-5 I}Jllas,TX 75229 CIu)r 7l- "531 Phony(214)323-9333 Phone 009)265-0032 Issued To: �(T I Oy �/t `� Fix(214)323-9555 Fix(y09)2616751 C��NTR/LCTtNtS ❑ Po'l Ofrice Box 890909 p Po.)O(Am Hox 1487 (� EATON ROM•DALLAS•HOVSION Hous(on•TX 71289-OHN Like ChJrles.LA 70002.1497 f \ �J�+O {7 ' 1 Phony('13)479-5554 Phone(318)625.3773 Fax(713)4K)-0309 Faa(318)625-3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: �� 1 �1 fy RL_�/l S i O �� EIVJ r Lump Sum Amount$ For Cost Plus,list hours and materials: I Pr Pt F'► C, KS &PgcI 3 -IRS FguPc Pzt2tz LORD RE R, M t L (A A-o g e .3 1-1 RLS L o 9, IS I 1-1130 RE IZ ('pNZi1LCZ Contract Time Extension days horized by: cc: Office Owner/Subcontractor Field EXTRA WORK ORDER ❑ Bjl,OR....11.L 104 Date: 1 �— 3 1 — 9 to Baan Rou4e,53 70721-010a Phone )'5-977757 Job No Fax(w4)751-vn7 CAJUN ❑ Punt Office 752 5936; ❑Y.O.Box 1057 Dallas,T.K 752'_`9 Clu(a, 14 '-53iC1Phnnr(214)323.9333 PMnr ia09)_>65-0(i32 Issued To:♦ �/t Fax(214)323.9555 Fax(.09)26W51 CON T R/CTON ❑ Pa-1 Office Box 79OWN ❑Pw office Box 1477 n BATON ROUGE•DALLAS• Houston,TX ^279-0909 Like Charles,lU 70602-14H7 " V Phone(713)479-5554 Phone(317)625-3773 Fax(713)479-0,909 Fax(317)6253717 ❑ LUMP SUM ❑ COST PLUS Scope of Work: L 1 w F Rev, -5 \ c)tJ Qct-A — Z F-1--W 9 5.3 Lump Sum Amount$ For Cost Plus,list hours and materials: 1 P 1 P E L11-1-E R- 3 4A R 5 A u [� C� ►� 2c i l„ A�3a R i2 }yp'-S ko R t N`Zo I CA 1�6 Contract Time Extension A_ days ` Author' d by: cc: Office Owner/Subcontractor Field { r� fr rf :h;' � I,i.tt ..f, _ • ..7♦•+.. ^'� �":r n t }17�b.7yt'Y6`i�`k..t it f:'1: EXTRA WORK ORDER Date: 0 PON o(rKe lkxt 104 / ,h�R53 708214104 q 5� . - Phone(504)504)7S}5857 F+x(504)751�9'777: Job NO: n ❑.Poet r,TX Box 59367 P.O.Box 1058 ( I Y . JUN Dallae.21 73229 -Phone (4 77531 Phone(214)32}9333 Phone(409)265.0032 issued To: Fu(]14)32}9555 fax(409)26$6751 . n. 7011!L/�1�oft / 0 Poet OffKe Box 890809 Poet OR�oe Box 1487 -•'lM70N�Olxi•GLi.4!•1101AIW r Wouxan.7X 77289-0809 - lake Qnrks,U 70602.1487 .�0� -.,Phone(713)179.5554 Phone(3l8)625-3773 -Fa(713)479-0309 - -Fu(318)625-3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: �a ATC R D kit ��� V I `, f" tj T�J J Lump Sum Amount$ For Cost Plus,list hours and materials, tik 7 C FM I �. � ��v2r✓i2 � N25. (_ or� N� � (vu ( rj t-j 70 67 Lo PAZ 1 F"0 tj �-cis RoAcl� Contract Time Extension _ 1 days all /�/►uthori:ed by: C- rFru�� cc. _'Otfice Owner/Subcontractor �f fleld INDUSTRIAL INTERNATIONAL INC. �— PA"O10E NO' 16 3 3 0-o DEPENDABILITY Utility and Industrial Pipe,Valves,and Fittings PAGE 1 DATE 12/21 /95 • - LOCATION 0 4 P.O.Box 543166.1975 California Crossing P.O.Box 14987.7197 Latham Drive P.O.Box 16190.601 Crosstimbers ORDER DATE 12/12/9 5 DALLAS,TEXAS 75354 RICHLAND HILLS,TEXAS 78118 HOUSTON,TEXAS 77222 (214)556-0611•Fax(214)869-0695 (817)589.7243•Fax(817)589-0179 (713)699-2282•Fax(713)699-2821 SALFsmAN 20013 3 5 E S 3 P S P.O.Box 690467.13335 Western Oaks Drive P.O.Box 14D915.5106 Commercial Park Drive P•O•MIMIERq 5 0 2 8-0 3 o SAN ANTONIO,TEXAS 78269 AUSTIN,TEXAS 78714 JOe NAME N . 9 S . HOLLY (210)695-8716•FAX(210)695.2668 (512)926-6810• FAX(512)928.3508 SHIP DATE 12/13/95 Route 1,Box 153 311 S Friendship Detre SHIP VIA W C ALLEN,TEXAS 75012 FRIENDSWOOD,TEXAS 77546 (214)542-3342•Fax(214)548-1804 (713)992-1529•Fax(713)992-1432 O/R BY / THIS IS YOUR INVOICE: REMIT T0:P.O.BOX 543166 DALLAS,TEXAS 15354 MSDS SHEETS FURNISHED SOLD TO: CAJUN CONTRACTORS , INC . SHIP TO: TOMMY WILL PICK UP P . O . BOX 104 BATON ROUGE I... A ]0^021 From 1 1. rS9MJT 8" SSB MJ TEF 105 . 000 A � 10 . 0 1 1. 86SBMJ .�EB 8" �: Grr SSB WSJ SEB REnUC' R 53 ..000 „ ;; , nC. 3 - 3 8SBMJACC o"' MJ <.SSB. ACCESSORYPACE~ X1'3:.000 : A 39 . 001 1 1 oSBMJACC .Sn=RR1J •.SSSo-AGC'ESSIIRY PAG'K•.. _, : .41 1,..000 A 11 .DO i I � r. . .1 1:,1':5 V', >: .�199 } iV�. I, I _- -:1 •. - - D' 1.1:+•:• F l J ' ,,ll rf. 1-i }.{.+:,i .,.5-. .. ..,. P .. ,../�-$. �•.1�/ - -?C�A ,. t.p a.n ,, J {-t±•o,:r.e1.6-IA,nJb:+.ta So ne.-i^.cst•n�en-.at,x.r,A'3.nus .....u5l:ntb>ur�r.a r.:•..4s1 Y� i?6 fSflll6y.b1�'o. i.. J. r.•d...�•,•.:,..: •. rr., r, ., ..r a-.r.. r�«,re r.•.r-. w-u,ww w.T....., — ....,.., .a.�_ y€"'M 71"t�� ,r c.•; .. u—;—r4 r...t rkr. ir,a ai ad¢Y iSOai ir':. _, ar a i 1. O.Paminbn must be obtalrW on arV mordwdWe isamed mid Y utl•d Io handing arp.e.. } - - - sus TOTAL7nrn . nn It•MI told bar YdwaW ftw W LOW Vc.an waraMW b be tet frorrl dslsCb h fnelerYY snit walotrnd p,d ssW prodW vt0er h marsAarAae(s strdrd :i lltEtG HT n wwn".N Wlme of malenp demrape wl id may be a Ku. fraaph flit Wee cr w d wW p, *a�y�or psIt whiM my to dektllN,w1 be cowed wider aDOYe lllal%daC91ef'l YVarrandee. i"r'. t..-..,::, e::.,..e;; kt)4J7 w:r_�e.1v��=s S:,'gersil{-s ttinw.s v.Y,�t�.u. ..ru,a.•:+ i,.•w7->h I Ydu vw MWn mdww ur6 dote not werrers 6 pm*cm as b rdw Naas br any epKw un or Imclon or as b tWr s doer are b&rysr ar*&wDeegmd&ryers R SALES TAX on Vwrs afd»product c }i TOTAL 208 .00- d."A kat dwpe of dr medrnm rete aeokaed by bw w0 apply dbr 00 deye %THIS INVOICE IS DUE AND PAYABLE IN DALLAS COUNTY,TEXAS �. PAYMENT DIE THANK YOt SOLDbY: * r,c�vrl� o � .... INVC)IC�� FT,. 'WORTH BOLT & TOOL CO. INC. P_�� 2822 BLEDSOE P.O. BOX 9700 DATE INVOICE NO. P.C 9700 FT. WORTH Tx 76147-2700 FT. WORTH, T).. 12121195 388791-00 317-335-3361 76147.2700 The House of Toots and Threaded Fasteners.. . 4024 INVOICE TO: SHIP TO: 06 I ICAJUN CU;dTRACTO S CAJUN CONTRACTORS ' F G S(_J;; 1C)4 WWTF' - JOE: F'OURN I ER & 11TH . i L3ATU i ROUGE_ LA 7cj_; '1 FORT WOLF:TH TX Items shown as Backordered represent firm Backorders. All Invoices payable at our address shown above. Past Due Accounts subject to 1.5% monthly service charge 18% per annum. URCHASE ORDER NO. DATE OF ORDER SLS F.O.B. SHIP VLA FREIGHT TERMS OPS. 1 �U WAF:EH--USE AILL CALL RL.!-- ITEM NUMBER/DESCRIPTION ORDER OTY. BACKORDER OTY.SHPD. UNIT PRICE UM AMOUNT 121 0 RA T 2 Z Clc_t 1 -� Q 9,1 7EA 1'=',CI_ j 'E- 1 i 10 F-7 ALL T HRE:A-I ROU G'n AMIE It /4-1G HEX FINISH NUT ZINC erm_ due G 1 / �"►/'=��, X28 Piz,r CONTACT TOTAL AMOUNT DEPOSIT MISC.CHG. FREIGHT IWS AMO NT DUE AM 26.08 2 1 „8 y�QSj I•j. �y INDUSTRIAL INTERNATIONAL INC. INVOICE NO.0 4 17 17 2 0-0 0 W14 and Industrial Pipe,Valves,and Fittings PACE 1 DATE �a 6 DEPENDABILITY LOCATION 0 4 I P.O.Box 543166.1975 California Crossing P.O.Box 14987.7197 Latham Drive P.O.Box 16190.601 Crosstimbers ` ORDER DATEO 1/31/96 DALLAS,TEXAS 75354 RICHLAND HILLS,TEXAS 78118 HOUSTON,TEXAS 77222 (214)556-0611-Fax(214)869-0695 (817)589.7243-Fax(817)589-0179 (713)699.2282-Fax(713)699-2821 SALESMAN 20013 3 5 E S B P S P.O.Box 69967 a 13335 Western Oaks Drive P.O.Box 140915.5106 Commercial Park Drive P.O•NUMBER9 5 0 2 0—1 4 2 SAN ANTONIO,TEXAS 78269 AUSTIN,TEXAS 78714 JOB NAME N . E S . HOLLY (210)695-8716-FAX(210)695-2668 (512)926-6810- FAX(512)928-3508 SHIPDATE 01/31/96 Route 1,Box 153 311 S.Friendship Drive SHIP VIA W C ALLEN,TEXAS 75012 FRIENDSWOOD,TEXAS 77546 (214)542-3342-Fax(214)548-1804 (713)992-1529-Fax(713)992-1432 O/R BY / THIS IS YOUR INVOICE:REMIT TO:P.O.BOX 543166 DALLAS,TEXAS 75354 MSDS SHEETS ❑ FURNISHED SOLD TO: CAJUN CONTRACTORS , INC. SHIP TO: CAJUN CONTRACTORS , INC . P. O. BOX 104 P 0 . Sny 304 BATON ROUGE LA 70021 BAIQN ROUGF IA 7t1n21 �,• a w 1 1 'RWMJORAFC 6" MJ PW GATE VALVE O . P . . 45 . 000 EA 245 . 000 1. 1 ,SBMJSSS 6" SSB MJ SHORT SLEEVE 33 . 150 FA 33 . 150 4 4 SSBMJACC 6" MJ SSB ACCESSORY PACK 11 .000 A 44 . 000 i lY=r :t:`..t,'. .._ .. •_ ... n.! ..le•^{- ::•L V!:'^ .. .. .. i5 r ... .1. •.� • �.1�. r.M ,.s 5 r -i ? ...,tti.: •.! r:F: '..:+•r T'3 1 rj.'l:^ y< ,.C+•I"t! '1•R I —0� ter.r....,•�. .t w.'��tt&•_1�Xi.rS �s.tii _.f.l.fn>.7 E�..�Y...e�.lar}..,:. •^;la :F Ed!fj t:J!. r. i. .. .. .•v.: ..r4} .w; Our Permission must be obtained on any mamtwdise:atumed Mrd le amiect to handling charges. " SUB TOTAL 322 -15 L M products&old by hdustrlal IrdemetlorW ft.ere werrarded to bek"fom defacts In materials and workmareNp,of&aid products,urdsr Lha meraAaqueh swdard �.Al Ge ms l which mey be hmrred erdgh the Sales or Los al Saki product&,or pan t orrf,!td may be dereahs,will be covered order the _ FREIGHT . 00 11 Irdwtrid Wer"—W hr-does na wanaiq Its products as ID stair 1Mr*SS for any&Peed we or function or w to their we after Sale to Buyer"Or Subsequent Buyen Or SALES TAX . 00 wars of tM prodrrcl ;, . 1 5 4. A INS awpe a ftnwdmum rats Snowed by bardv appy alter 30 do* TOTAL 322 THIS INVOICE IS DUE AND PAYABLE IN DALLAS COUNTY,TEXAS PAYMENT DUE THANK YOUI INVnI111: .."1'.1 45�♦_��'.,c„a}�_ ... �:.':tii'.�: .I�-T�'i f';1-J -- .3'*!t'--r-. �. y/.003 Freese Simon W.Freese,P.E.• :990 C Marvin G Nichols,P.E. 1t ,769 AND Nichols INC. CONSULTING ENGINEERS January 31, 1996 Mr. Tommy Dower Cajun Contractors, Inc. 1500 E. Beltline Carrollton, Texas 76006 Re: City of Fort Worth Water Department North and South Holly WTP Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770600020 and PW77-00^0770600030 PCM-003 South Holly Chemical Storage Area SH Chemical Building Water Supply Isolation Valve Ilear Mr. Thompson: In accordance with PCTs-003 wort: directive, Cajun is directed to install a 6" isolation valve (buried NRS gate valve with stem er-tention) on the South Holly Chemical Building water supply pipeline as shown on the attached sketch. Payment for this work will be on a time and materials basis. You should note the location of the new valve on your record drawings. Ve appreciate Cajun's assistance. Sincerely, FREESE AND NICHOLS, INC. G. E. Gay, P.E. sc: David Towmend Charly Angadichedl Randy Romack Coy Veach File F %V95312.4.41.003 IFTW953121CMOLLYNPCW CHEULTR TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 FAX 817-735-7491 `;D-PVC I Mai le __---V4-1D-PVC NE / ES /�/ • 4"GRAM y (ZDETAIL NOT TO SCALE IT.CS-1 NOTE, tg INSIDE BOTTOM ELEVATION CIL Zf OF PIPE CHASE yWy 1� F.F.EL 538.25 W O2 F.F.EL 537.5 O3 F.F.EL 536.92 O4 F.F.EL 538.25 ,C f��L N�'�F- T.O.C.OF CHASE ION LLS RE7 AT ABOVE LOCATIONS Ar bOFtor� 0�"PA EL 542.25 QO _ X�Q ►- . LLJ _ � a - F- W EC 3�=Lij ~ d' ``Li!cn 3 ` O Z L1JDY AD J PIPF� X i,/fin f✓ �� `✓D 14.-�i n C. �- f- o f F-0 Z DEMOLITION CHEMICAL U Q N iv ell ��BLDGGo h v0�✓ awe P � tis rQ ECONDARY A NDNIA APPLICATION POINTS • ROUTE 1-AG-BS LINES TO 66" SURGE BASIN PONT. © S+E-REO STEEL NO CORING SURGE BASINS CoLt"4 ttrr) :: ALLOWED. M il i ----------- ------------------------------------------ _ m G/f�.svic.�tL /dL.o C 3 MILK sox w.9 r�ic r `.._._._._.._._._._. A OExR .lfp G A TION �/i!G ti�c� 66- RAW WATER SUPPLY !Et f ��/�ire FOR &IWZME DID REFERENCE MANHOLE -RAW WATER 'PROPOSED.. ') ;PVC:DRAIN LINE ROUTID (IN TRENCH) T0'SUROB BASIN 01 AT .._< SECONDARY AMMONIA POINT.'4-D-PVC DRAIN LING LL NOT BE ROUTED TMOU0H 8m RETURN LINE.- - (;$•Z SHA r Freesw Simon W.Freese,P.E.. 19041990 r C Marvin C.Nichols,P.E. 18961%9 AND CC Nicols INC. CONSULTING ENGINEERS January 26, 1996 hr. Chris Thompson Cajun Contractors, Inc. 1500 E. Beltline Carrollton, Texas 75006 Re: City of Fort Worth Water Department North and South Holly WTF Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 PCM-003 South Holly Chemical Storage Area Redundant Water Supply Dear 1-1r . Thompson In accordance with General Conditions nrticle C4-4 . 5 .c and our verbal word; directed issued Deceri,ber 21 , 1995, -_�jurl is directed tc) install an additional water supply pipe to the Soutl: Holly Chemical Storage Area as shown on the attached drawing. Payment for this work will be or; a tir.Le and materials basis . During relocation of the existing 8" waterline at the Che-IRical stora45 area , the plant determined that an additonal water supply pipeline is required to allow* tree ammonia scrubber system to remain operational should pipeline maintenance be required on the existing South Holly 20" potable watt-r lin_-, which was the sole source Of water to the ammonia scrubber' .You c'hculd note the location of the ne,T line on your record drawing . We appreciate Cajun' s assistance Sincerely, FREESE AND NICHOLS, I11C . G. E. Gay, P.E. kc: David Townsend Charly Angadicheril Randy Romack Coy Veach File FT`IJ95312.4.41.003 [FT W91312)C00LLYINTPPC)M.LTR TELEPHONE 817-73S-7300 • 40S5 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-19'!.. • FAY.E17-735-7491 File FM5312 W.S//�3 �n�tas�aa+wu LETTER OF T$ANSMITITAL DATE: PROJECT NO: ATTENTION: �A1nr rr i_ OWNER:PW77-060770500(, 2000 OWNER:City of Fort Worth FIN: . FTW95312 Project:North & South Holly Water Treatment Plant Backwash & Chlor ne & Ammonia Facilities We are sending you VAttached ❑ Under Separate Cover VIA the following items: ❑ Daily Construction Reports No. ❑ Plans ❑ Specifications ❑ RFI No. VP MR No. ❑ Addendum No. ❑ tiemo.No. CM No. ❑ Change Order No. ❑ Field Order No. ❑ Pay Req. 0 Submittal No. ❑ Other Copies Ref.No. Description These are transmitted for your: ❑ Use Cl Review & Comment Cl Information 0 Approval ❑ Distribution to Parties ©Response 0 Record ❑ Other Remarks: Copies to: C(a Route To: CR 't r By: Telephone 817/735.7300 Fax 817/735-7491 Metro 817/429-1900 4055 International Plaza, Suite 200, Fort Worth, TX 76109-4895 a ) File fTi,1?)TI'V4.4y,003 PROPOSED CONTRACT MODIFICATION PROJECT: AJO#A 1-- Sni H,911V C1&Jjg : fn1mFx•`f PA"f PROJECT NUMBER OWNER: C i t-�/_ (>f j"o'7f S&10�lh Pk/77'0(00 nQSb00-2cr 3 CONTRACTOR: — — 9SO 2 ENGINEER: Freepe-and Nichols Inc -or-7-td W3 I PCM DESCRIPTION: SY Chi. /9 S164q A PCM NO. 3 NOTIFICATION TO CONTRACTOR: WA44- S.Ppr/ The Owner proposes to make the additions, modifications or deletions to the Work described in the Contract Documents as shown in Attachment "A" . We request that you take the following action within 10 calendar days: 0 Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. 0 Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment , all other cost related to this change and a revised schedule for performing the described change. roceed with the change. Payment will be made at the unit price bid. proceed with the change under the time and materials provisions of the Contract . Authorization to proceed with changes must be approved by Field Order or Change Order in accordance with the Contract Documents. By: CC-. Date: TRA �-? CONCTOR'S RESPONSE: We respond to your request as follows: D We concur that this is a no cost or time change. Issue Field Order. D We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. D We are proceeding with the change under the time and materials provisions of the Contract . By: Date: ACTION TAKEN: 0 Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: 0 Change Order issued: No. Date: By: G L;nf, 114-1 12" RETURN LME N EXISTING " SERVICE ATER ABANDONED 8" RETURN LL)E ��f���` 6�• Seo ���'�R�� (2)1" CHLORINE GAS LINLS 1"-20' i /Vit I •�c FUTURE HWY.R.O,W. FUTURE HWY I � FOR CONTIN.SEE SHT.CS-1 1-AG-BS 21/=-CG-PVC I SPARE (TO POST CHLORINE I AMMONIA SCRUB ER EJECTOR VAULT) I SPARE CHLORINE SCRUBS R I I PVOPOSEO AAIN 4-DUTED I I TBHROU Cl LSTING pr �Otl�n� I I I I - I I I I I I IL 534.38 I I SEDIMENTATION I I _ I I I I 0 40 O O I I I E 534.04 I I B-D-PVC DISCHARGE I P LINTO EXIST.M.H. I B D ¢VC C F.L.EL 533.0 TII M F I I E33.73 C.0 I I MF I CARBON MANHOLE %>: -WATER FAUCET I SL RRY BLDG ELECTRtc •' C�oRir� eUbpltiL I o STEEL I ►oroR IE�raic i r °no r►yc ROPO D 6" VC iii i. y{AAEO SiEEI I pu iKET SERVICE WATE :`:'•:':: © © © © cat+a+s tTrrJ :•r ;•. 20" DISTRIBUTION I y;. {.,:,. -:..;: r..::;:.,•.;•.::;•::r:;<%' �{�:,.::::;�.•:.. ;is :•i.. ::.,;. •.::�.,;,. 70 I � .—._.._.—.---. _. .—._.—.— —._ _._ ._.—.—.—.—.-- ------_----.—.- PING VALVE & VALVE I r - r SEE I M.VAtq .—._.—.—.—.—.—.-OflJtlt-idCQ-D[T'L-318--- --- -- �r _.—.—.- ' --- --- ?8" R# WATER SUPPLY SSE•ICCONDARYCLRINATIN " 1 VAULT 66 RAW WA BUILDINGEDN GRADE REFERENCE MANOLATE 611' B-Aa � C:'f5 n�� L✓v�{ !,,//I tiro fc� f/jee' Cl-L ���^�•,� lvoh--!tee% /L•-.-- INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese&Nichols, Inc. . FROM: David Townsend,Facilities Engineer Water Department DATE: March 22, 1996 SUBJECT: PCM-006: North& South Holly Chlorine Building Access Hatches North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated March 1J, 1996 on the proposed contract modification (PCM-006 ) concerning the installation of 4 access hatches each for both the North & South holly Chlorine Buildings. The ceiling does not allow access to the HVAC or other utilities above the ceiling. As some walls extent to the roof, and access to entire "attic" is limited by the I1VAC, four hatches are required at each building. The Water Department agrees with your recommendation that the contractor price proposal of$1,21625 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes,this PCM will be split 50% each for the two project numbers. 4 David R. Townsend, P.E. cc: Frank Crumb Files Hk FT45312 /'(.Yi.co� LETTER OF Tj1ANSHITITAL T0: ATE: .39(11 PROJECT NO: ATTENTION: 0WNER:PW77-06077050( 20&30 i OWNER:City of Fort Worth FIN: FTW95312 Project:North & South Holly Water Treatment Plant Backwash & Chlorine & Ammonia Facilities We are sending you Attached ❑ Under Separate Cover VIA the following items: ❑ Daily Construction Reports No. ❑ Plans ❑ Specifications ❑ 11LF1 No. ❑ CMR No. ❑ Addendum Igo. _ ❑ ❑ PCM No. f ❑ Change Order No. ❑ Field Order No. _ ❑ Pay Req. ❑ Submittal No. _ p' Other &,'ci Copies R-�ef.No. Description �"l_►`11 U�= �'ZiC� �2n7�5� � j� Z t��,r�l -C;'�f�, These are transmitted for your: U Use ❑ Re%'iew & Comment ❑,,,Jnformiation ❑ Approval ❑ Distribution to Parties Q Response ❑ Record ❑ Other - ----- --- ----- -- ---- -- — — - Remarks: Copies to: Route To: C 4. By: Telephone 817/735-7300 Fax 817/735-7491 Metro 817/429-1900 4055 International Plaza, Suite 200, Fort Worth, TK 76109-4695 Freese Simon W.Freese,P.E.• 19OD-1990 FrG �-` Marvin Nichols,P.E. 18%1%9%9 AND • N echo{s INC. CONSULTING ENGINEERS March 19, 19, Mr.David Townsend,P.E. Facilities Design and Construction Cih,of Fort Worth Water Depat hilent P.O. Box 970 For t 11'or th, Texas '16102 Holk lti'ater -f teatmetit Plant Backwash Facilities Modifications and Cthloiine and Antntonia facilities Rehabilitation IM 77-0607;70300020 and 1'L1'; PCM-006 North and South Holh- Chloiine 1`luilding Access Hatches Dear ]tor. Tow nSCIIJ: Transmitted hervivilh please find a cope of C'ajun's Nlarch 7, 1990, price proposal for tho referenced PCM. This PCNI adds ceilini, access hitches to providc• 'Iccess to electrical e:Iuiprnent above the ceilings. It will add foul hatches to the South Holly Chlorine anal Antntonia Batilding and four hatches to the Nloith Holly Chloiino anti Ammonia Building. N'() additional Contract Time has boon tedue stew. We have reviewed the price luoposal and recontmen:l the r:its this additional Nvorl: and issue a Change Order in the amount of S 1,216.23. Please advise if the Water Departinent desires this PCIA to he incorporated into Change Order. Sincereh•, FREFSE AND MCHOLS,INC. G.E. Gay,P.E. xc: CharlY Angadicheril Pandy Romack Coy Veach file FIW93312.4.41.006/4.43.001 TELEPHON 2)M0L40b gb-ip(Y&"%MftMM,200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 March 7, 1996 CAJUN CONTRACUM BATON ROUGE•DATIAS•HOUSTON Freese & Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109-4895 Attention: Ted Gay RE: North and South Holly Water Treatment Plants City of Fort Worth, Texas PCM-006 Dear Mr . Gay: In accordance with PCM-006 , please find attached Cajun' s proposed pricing to add eight (8) access ceiling doors . This proposal involves no change in the construction schedule . If you have any questions please do not hesitate to call . Sincerely, CAJUN CONTRACTORS, INC. Chris Thompson Project Manager ccT File 1 . 11 (f) (95028) Field HOME OFFICE: DALLAS OFFICE: HOUSTON OFFICE: FREEPORT OFFICE: LAKE CHARLES OFFICE: Post Office Box 104 Post Office Box 59367 Post Office Box 890809 Post Office Box 1058 Post Office Box 1487 Baton Rouge,Louisiana 70821-0104 Dallas,Texas 75229 Houston,Texas 77289-0809 Clute,Texas 77531-1058 Lake Charles,Louisiana 70602.1487 (504)753-5857 (214)323-9333 (713)479.5554 (409)265-0032 (318)625-3773 FAX(504)751.9777 FAX(214)323.9555 FAX(713)479-0309 FAX(409)265.6751 FAX(318)625.3817 't ..�.... •!.�nu�q_ r � - ,.. ., r•. - ,... ..,. ., .. .. _...... �... ..srnca�,+^ie';•rA�'�r+ww?ofv�e+,,.. ,.. , r, . n1 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS PCM-006 —ADD ACCESS CEILING HATCHES SUMMARY OF COSTS TOTAL COST FOR PCM-002: $1,216.25 DIRECT LABOR 10%SUB 15%CONT SUB 1 2.0% ITEM DESCRIPTION SUBS MATERIA EQUIPMEN LABOR BURDEN FEE FEE TOTAL BONDJ1q1N TOTAL 1 Add Access Ceiling Hatches 1,084.00 0.00 0.00 0.00 0.00 108.40 0.00 1,192.40 23.85 1,216.25 TOTAL **•**** $0.00 $0.00 $0.00 $0.00 $108.40 $0.00 $1,192.40 $23.85 $1,216.25 NOTE: Milcor Model#3203-018,Style DW Is a 22"x22"acess door. This is the size we are proposing. Our subcontractor recommends this size in that there will be a better fit between the ceiling runners. It should also be noted the 24'X24"doors are nearly twice the cost of the 22')(22"doors. i �® Fi 765312 yr a �►sssc+�enoLs LETTER OF Ti 1NSMITITAL T0: _ 4i c��� �1'��J, �u� DATE: •2 PROJECT NO: ATTENTION: OWNER:PW77-060770: UO 20&30 OWNER:C1ty of Fort Worth FIN: FTW95312 Project:North & South Holly Water Treatment Plant Backwash & Chlorine & Ammonia Facilities We are sending you Attached ❑ Under Separate Cover VIA the following items: ❑ Daily Construction Reports No. ❑ Plans ❑ Specifications ❑ RFl No. ❑ CMR No. ❑ Addendum No. ❑ Memo.No. 0 PCM No. (,� ❑ Change Order No. ❑ Field Order No. 0 Pay Req. ❑ Submittal No. ❑ Offer Copies Ref.No. Description tiWr //ozc Cl 121,06 AGC.e'1� /✓ATG/,/L'/ These are transmitted for your: ❑ Use ❑ Review & CommentVesponse nformation 0 Approval ❑ Distribution to Parties ❑ Record ❑ Other Remarks: Copies to: Route To: Gly,. A By: Telephone 817/735-7300 Fax 817/735-7491 Metro 817/429-1900 4055 International Plaza, Suite .200, Fort Worth, 'TX 76109-4895 File lTw95312/4.41/006 PROPOSED CONTRACT MODIFICATION ROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER ;%'NER:City of Fort Worth PW77-060770500020 & 30 DNTRACTOR: Cajun Contractors 95026 KGINEER: Freese and Nichols, Inc FTW95312 CM DESCRIPTION: Chlorine Buildinq Access Hatches PCM NO. 006 OTIFICATION TO CONTRACTOR: he Owner proposes to make the additions, modifications or deletions to the Work escribed in the Contract Documents as shown in Attactunent "A". We request that ou take the following action within 10 calendar days: ❑ Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. r. Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment, all other cost related to this change and a revised schedule for performing the described change. ❑ Proceed with the change. Payment will be made at the unit price bid. ❑ Proceed with the change under the time and materials provisions of the Contract. uthorization to proceed with changes must be approved by Field Order or Change rder in accordance with the Contract Docu:cents. Y: f Date: G Sl 'ONTRACTOR`S RESPONSE: 'e respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change atthe unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. Y: Date: ,CT ION TAPEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: 13 Change Order issued: No. Date: By: r I File lTw95312.4.11.006 PROPOSED CONTRACT MODIFICATION PCM-006 ATTACHMENT A PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: NORTH AND SOUTH HOLLY CHLORINE BUILDINGS ACCESS HATCHES NO.006 The Owner proposes to make the following additions, acodi.fieat-Alons o 4C1C V1 V11S to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. SOUTH HOLLY CHLORINE 7-ND ArA4ONIA, PROJECT b 1. Sheet A-7; Add four access ceiling hatches as shown on the attached Sheet A-7 markup. Coordinate location of access hatches to provide access to electrical equipment above the ceilings. Access hatches shall be 2' x 2' flush access panel Milcor model #3203-018, style DW or approved equal. Modify your record drawings as appropriate to indicate the locations the hatches are installed. NORTH HOLLY CHLORINE AND Al,�SONIA, PROJECT C 2. Sheet A-1; Add four access ceiling hatches as shcwzi on the attached Sheet A-1 markup. Coordinate location of access hatches to provide access to electrical equipment above the ceilings. Access hatches shall be 2' r: 2' flush access panel Milcor model #3203-018, style DW or approved equal. Modify your record drawings as appropriate to indicate the locations the hatches are installed. . 1 L� Date: y�x .. 1 INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: March 22, 1996 SUBJECT: PCM-007: Buried Steel Ammonia Pipe Corrosion Protection North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated March 14, 1996 on the proposed contract modification (PCM-007 ) concerning wrapping (with black poly tape) the buried steel ammonia pipe for corrosion protection. The contract documents do not provide any corrosion protection for buried ammonia pipe. The Water Department agrees with your recommendation that the contractor price proposal of$1,032.24 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes, this PCM will be paid 100% from MN177-060770500030. David R. Townsend, P.E. cc: Frank Crumb Files rim�.c«oW. . LETTER OF TJIANSMITITAL TO: DATE: .3 PROJECT NO: ATTENTION: OWNER:PW77-060770500u 2000 OWNER:City of Fort Worth FIN: FTW95312 Projeet:North & South Holly Water Treatment Plant Backwash & Chlorine & Ammonia Facilities We are sending you Attached ❑ Under Separate Cover VIA ' the following items: ❑ Daily Construction Reports No. _ ❑ Plans 0 Specifications 0 ITI No. ❑ CO No. 0 Addendum No. _ _ 0 Memo.No. 0 PCM No. 0 Change Order No . 0 Field Order No. 0 Pay Fte�. ❑ sut)mittal No. — - - ©, other 'c_t _>�,�-1 Copies Ref.No. Description f I�r11 �v7 ►�ict r'`c�7 SSI j�,t +� rr1 -� 7 f s These are transmitted for your: ❑ Use 0 Reviev: & Comm'C' <t 0nfornation U Approval ❑ Distribution to 1'artics B Response 0 Record 0 other Remarks :___ ---------------- - -- - -- - -------- - - -- Copieys to: nn £� Route To: l/lA+t�, fi Telephone 817/735-7300 Fax 817/735-7491 Metro 817/429-1900 4055 International Plaza, Suite 200, Fort Worth, TX 76109-4895 Simon W.Freese,P.E. 19041990 Freese Marvin C.Nichols,P.E. 1896.1%9 AND Nichols INC. CONSULTING ENGINEERS March 14, 1996 Mr. David Townsend,P.E. Facilities Design and Construction Cihv of Fort I'Vorth I-Vater Department P.O. Box 870 Fort Wor th. Texas 1/ 6102 Pke: N',,)ith dtid South Holm' k dtt'1 Tieatment I'loiii Uilckwasli Facilities 1\'foclificatiori5 aricl Chimine and Ammonia I acilities Kehabilitation I Y77-060770300020 arul I'I�'; O�Jii0�0 )J3J I'CI�1-007 North and South Holk- Buried Steel Aninionia Pipe Colro'ioii 1'10t('�tiori Dear PIr. Townwiid: Transmitted herewith please find a cope of Cajun's Mmkh 1996, pried proposal for Clic referenced I'CM. This I'CNI will add pipe tape for bm ic.J steel pipe corrosion protection foi aninionia Steel pipe on illi' —South Holl' Chlorine mid Aninionia e and the North Holl- CliloiilW and Aninionia projects. No additional Contract Timo has lw.)n requested. We have reviewed the price loposal and recommend the Cite authorize this additional -woil: and issue a Change Order in the aniount of$ 1,032.24. I'lease advise if the Water Depatlnient desires this PCM to be incorporated into a Change Order. Sincerely, FREESE AND NICHOI,S, INC. G.E. Gay P.E. .l,� t-74PI xc: Charly Angadicheril Randy,Romack' Coy Veach file FTW93312.4.41.007/4A3.001 IFTU'93312l0.ui*OLLYXcxAxcrESTMfPci i7RcNfl).v£a TELEPHONE 817-735-7300 9 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 761094895 • METRO 817429-1900 • FAX 817-735-7491 March 7, 1996 CAJ�14 CONTRACTORS BATON ROUGE•DAUAS•HOUSTON Freese & Nichols, Inc . 4055 International Plaza, Suite 200 Fort Worth, Texas 76109-4895 Attention: Ted Gay RE : North and South Holly Water Treatment Plants City of Fort Worth, Texas PCM-007 Dear Mr . Gay: In accordance with PCM-007, please find attached Cajun' s proposed pricing to add buried pipe protection for ammonia steel pipe . This proposal involves no change in the construction schedule . If you have any questions please do not hesitate to call . Sincerely, CAJUN CONTRACTORS, INC . Chris Thompson Project Manager CCT File l . 11 (g) (95028) Field HOME OFFICE: DALLAS OFFICE: HOUSTON OFFICE: FREEPORT OFFICE: LAKE CHARLES OFFICE: Post Office Box 104 Post Office Box 59367 Post Office Box 890809 Post Office Box 1058 Post Office Box 1487 Baton Rouge,Louisiana 70821-0104 Dallas,Texas 75229 Houston,Texas 77289.0809 Clute,Texas 77531-1058 Lake Charles,Louisiana 70602-1487 (504)753-5857 (214)323.9333 (713)479.5554 (409)265.0032 (318)625-3773 FAX(504)751-9777 FAX(214)323-9555 FAX(713)479-0309 FAX(409)265-6751 FAX(318)625.3817 H -. -"�, •• ,:Y'. ..,\•n .^:TPS., . ...y-.., ,. r r , :..,.,. .r-.n.cln.. �a'i'�4�L9P!r^A.v.. ... is-. - • NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS PCM-007 —ADD BURIED PIPE PROTECTION FOR AMMONIA STEEL PIPE SUMMARY OF COSTS TOTAL COST FOR PCM-002: $1,032.24 DIRECT LABOR 10%SUB 15%CONTR SUB 2.0% ITEM DESCRIPTION SUBS MATERIAll EQUIPMEN LABOR BURDEN FEE FEE TOTAL BOND N TOTAL 1 Add Burlect Pipe Protection 0.00 500.00 0.00 250.00 130.00 0.00 132.00 1,012.00 20.24 1,032.24 for Ammonia Piping TOTAL $0.00 $500.00 $0.00 $250.00 $130.00 $0.00 $132.00 $1,012.00 $20.24 $1,032.24 1 LETTER OF VANSMITITAL T0: DATE. ATTMION• PROJECT NO: • OWNER:PW77-06077052O&30 OWNER:City of Fort Worth FIN: FTW95312 Project:North & South Holly Water Treatment Plant Backwash & Chlorine & Ammonia Facilities We are sending you Attached ❑ Under Separate Cover VIA the following items: ❑ Daily Construction Reports No. 0 Plans ❑ Specifications ❑ RFI No. 0 CMR No. ❑ Addendum No. .❑ Hemo.No. 0' PCM NO.�_ ❑ Change Order No. ❑ Field Order No. ❑ Pay Req. ❑ Submittal No. ❑ Other Copies Ref.No. Description / Hyl X10 7 u �/ 5�1- These are transmitted for your: 0 Use ❑ Review & Comment ❑ Information (I Approval ❑ Distribution to Parties @--ifesponse ❑ Record ❑ Other Remarks: Copies to: Route To: By: Telephone 817/735-7300 Fox 817/735-7491 Metro 817/429-1900 4055 International Plaza, Suite .200, Fort Worth, TK 76109-4895 Filo FTW95312/4.41/007 PROPOSED CONTRACT MODIFICATION ,ROJECT:HOLLY WTP Chlorine & Ammonia/Backwash facilities PROJECT NUMBER WNER:City of Fort Worth PW77-060770500020 30 'ONTRACTOR: Cajun Contractors 95028 INGINEER: Freese and Nichols, Inc FTW95312 'CM DESCRIPTION: Buried Steel Ammonia Pipe Corrosion Protection PCM NO. 007 OTIFICATION TO CONTRACTOR: he Owner proposes to make the additions, modifications or deletions to the Work escribed in the Contract Docu ,.ents as show.i in Attachment "A". We request that ou take the following action within 10 calendar days: ❑ Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. x Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment, all other cost related to this change and a revised schedule for performing the described change. ❑ Proceed with the change. Payment will be nada at the- unit price bid. ❑ Proceed with the change under the time and m,,terials provisions of the Contract. uthorization to proceed with changes r..ust be arYrevcd by Field Order or Change lder in accordance with the Cc-retract Lucuments. y, DNTRACTOR'S RESPONSE: respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. YDate: CT ION TAKEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: ❑ Change Order issued: No. Date: By: I File FTW95312.4.41.007 PROPOSED CONTRACT MODIFICATION PCM-001 ATTACHMENT A ROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER WNER:City of Fort Worth PW77-06077050002 0& 30 ONTRACTOR: Cajun Contractors 95028 NGINEER: Freese and Nichols, Inc FTW95312 CM DESCRIPTIO14: Buried Steel Ammonia Pipe Corrosion Protection NO.007 he Owner proposes to make the following additions, modifications or deletions D the work described in the Contract Documents. Authorization to proceed with hese changes must be approved by Field Order or Change Order in accordance with ae Contract Documents. )UTH HOLLY CHLORINE AND IMONIA, PROJECT B Add the following to specification, 15073.2.01; "D. BUP.IED PIPE PROTECTION: .ried ammonia steel pipe shall be wrapped with Poly Ken 900 Black: pipe tape for Drrosion protection." )RTP HOLLY CHLORINE AND PMONIA, PROJECT C P.dd the following to specification 15073. 2. 01; "D. FURIFD PIPE PROTECTION: cried ammonia steel pipe shill be wrapped with Poly Ken 900 Bla6-1 pipe tape for Drresion protection.,, �: Date: 1'l